Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SOURCES SOUGHT

76 -- DAFL Wall Street Journal

Notice Date
5/9/2024 12:54:03 PM
 
Notice Type
Sources Sought
 
NAICS
519290 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA8052PRE0740
 
Response Due
6/3/2024 2:00:00 PM
 
Archive Date
06/18/2024
 
Point of Contact
Thomas Jobe, Dorothy Howe
 
E-Mail Address
thomas.jobe@us.af.mil, dorothy.howe@us.af.mil
(thomas.jobe@us.af.mil, dorothy.howe@us.af.mil)
 
Description
Sources Sought Synopsis This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a FY24 base effort with four (4) one-year options. The period of performance for this subscription is 31 August 2024 � 1 September 2025. The option years may extend the period of performance through 1 September 2025. Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition.� Period: 31 August 2024 � 1 September 2025 FSC: 7630 NAICS: 519290 Size Standard: 1,000 employees Subscription name: Academic and Business Database Product description: DAF Libraries need digital access to Wall Street Journal Online for all DoD Libraries. This is required for everyday usage by all DoD Libraries customers for mission, voluntary education, and quality of life. The DoD libraries requires access to the digital version of Wall Street Journal with 24/7 unlimited, simultaneous access and unlimited user access. This database is a vital reference tool for DoD personnel and their families and provides access to high quality information critical to meeting the Air Force Library Program and DoD Library Consortium's mission as stated in AFI 34-250 and DoDI 1015.10, to support military and voluntary education programs in the Air Force. Product characteristics an equal item must meet to be considered: ��� �Must be able to provide access to an easily searchable and viewable version of the digital web-based version of Wall Street Journal ��� �With 24/7 unlimited, simultaneous access for users ��� �Must work with contract POC to establish authentication methods to provide optimal accessibility for all eligible patrons.� ��� �Security between the Website and server must be Transport Layer Security (TLS) 1.3� ��� �Must be able to supply or allow retrieval of database usage statistics by Branch of Service (Air Force, Army, Marine Corps, Military OneSource/Other, and Navy) ��� �Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks ��� �Website certificates should be RSA 2048-bits (SHA256withRSA) VCL requires Best Value when evaluating vendors not lowest cost ��� �VCL must be able to test the platform to evaluate if it meets requirements The Government will consider responses received within 15 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. � �� If the Government competes this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. � A determination not to compete this requirement based upon responses to this notice is an administrative decision by the Government that is solely within its discretion. � � � Contractors should be aware of the following information: 1.�� �Contractors must include the following information: a.�� �Points of contact, addresses, email addresses, phone numbers. b.�� �Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. c.�� �Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. d.�� �Company CAGE Code or DUNS Number. � 2.�� �This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above. 3.�� �Submitted information shall be UNCLASSIFIED. 4.�� �Responses are limited to of 10 pages in a Microsoft Word compatible format. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. �The Government will not reimburse the respondents for any costs associated with their response. �This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. �The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. �Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses should be emailed to SSgt Thomas Jobe at thomas.jobe@us.af.mil no later than 3 June 2024, 4:00 PM CDT. �Any questions should be directed to SSgt Thomas Jobe through email. � All responses should be received no later than 3 June 2024, 4:00 PM (CDT).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50000d8ada6d4164ba43579be0384f38/view)
 
Record
SN07059399-F 20240511/240509230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.